23-11 New Traffic Vehicle Ghost Markings

From: South Brunswick(Town)
23-11

Basic Details

started - 14 May, 2023 (11 months ago)

Start Date

14 May, 2023 (11 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
23-11

Identifier

23-11
Township Of South Brunswick

Customer / Agency

Township Of South Brunswick
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 TOWNSHIP OF SOUTH BRUNSWICK, MIDDLESEX COUNTY, NEW JERSEY SPECIFICATIONS AND PROPOSAL FOR 1 New Traffic Vehicle – Ghost Markings CONTRACT BID NO. 23-11 BIDS TO BE RECEIVED ON OR BEFORE 2:00 P.M. TUESDAY June 13, 2023 AT SOUTH BRUNSWICK TOWNSHIP MUNICIPAL BUILDING MONMOUTH JUNCTION, NEW JERSEY 08852 ANGELA SOCIO PURCHASING AGENT Page 2 NOTICE TO BIDDERS The Township of South Brunswick invites sealed bids for: Bid No. Item 23-09 2 New Unmarked Admin 23-10 4 New Marked Patrol - Utility 23-11 1 New Traffic Vehicle – Ghost Markings Bids will be opened and read by the Purchasing Agent at the Municipal Building, 540 Ridge Road, Monmouth Junction, New Jersey on TUESDAY June 13, 2023 2:00 PM prevailing time. All bids must be addressed and delivered to the Purchasing Agent on or by the designated hour. Specifications may be obtained from the Township's Finance Office by calling 732-329-4000 ext. 7304. Bids shall be enclosed in a sealed envelope addressed to the Purchasing Agent, Township
of South Brunswick, Municipal Building, P.O. Box 190, Monmouth Junction, New Jersey 08852. The contract number and name must be printed on the face of the envelope. Bids shall be made upon the Standard Proposal Form. Any bid guarantee required will be so specified in the bid documents for that item. Attention is called to the Federal requirements regarding employment non- discrimination and safety and wage rates. Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 Angela Socio Purchasing Agent To be advertised: Home News & Tribune Friday May 26, 2023 Page 3 SPECIFICATIONS AND INSTRUCTIONS TO BIDDERS FOR PROCUREMENT AND SERVICE CONTRACT General Provisions 1. Sealed proposals will be received by the Office of the Purchasing Agent at the Municipal Building, 540 Ridge Road; Monmouth Junction, in the County of Middlesex and the State of New Jersey TUESDAY June 13, 2023 Bidders shall be responsible to carefully examine the specifications enclosed herein as well as the conditions under which the “1 New Police Utility Traffic Vehicle – Ghost” will be purchased. Failure to offer a complete bid, or meet all sections of this invitation, may be deemed just cause for rejection of a bid as not meeting specifications. 2. All bids must be submitted on the attached bidding form furnished by the Township and must be placed in a sealed envelope, plainly marked on the outside, “1 New Police Utility Traffic Vehicle – Ghost”. If mailed to the Township, the bid shall be addressed to the Purchasing Agent, Township of South Brunswick, Municipal Building, P.O. Box 190, Monmouth Junction, New Jersey 08852 and shall be plainly marked, “1 New Police Utility Traffic Vehicle – Ghost”. All bids shall be received prior to or at the time of bid opening, 2:00 p.m. local time. The Township will not assume any responsibility for bids forwarded by mail. It is the bidder's responsibility to see that bids are presented to the Township Official on the hour and at the place designated. Only original documents with original seals and signatures will be accepted. Facsimile transmitted documents will be rejected. 3. Bidders or their authorized agents are invited to be present when the bids are opened and read publicly at the time specified. No bid may be withdrawn after the specified opening time and date without loss of bid surety, and all bids become the property of South Brunswick Township and will not be returned to the bidders. 4. Bidders are to submit the non-collusion affidavit with the bid proposal form. 5. Bids will be received and awarded in accordance with Chapter 198 of the Public Laws of 1971, commonly referred to as the Local Public Contract Laws. (N.J.S.A. 40A:11-1, et. seq.) 6. The Township reserves the right to reject any or all bids if the Township deems such action to be in the best interest of the Township. Page 4 7. A certification of Contractor Non-Conflict of Interest, shall be completed and attached to the bid proposal. 8. A bid bond is not required. 9. The Township Council reserves the right to accept or reject any or all proposals, to waive irregularities and technicalities, and to award in whole or in part to the lowest responsible bidder, if it is in the best interest of the Township to do so. Without limiting the generality of the foregoing, any proposal which is incomplete, obscure, or irregular may be rejected; any proposal which omits a bid on any one or more items on the price sheet may be rejected; any proposal in which unit prices are omitted, or in which unit/total prices are unbalanced, may be rejected; any proposal accompanied by any insufficient or irregular certified check, cashier's check or bid bond may be rejected. The Township Council will award the bid at a public meeting within sixty (60) days after the opening date. The successful bidder will be the one whose product is judged to best serve the interests of the Township when price, product and service are all considered. Bids will be awarded in accordance with Paragraphs 5, 16, 34, and 35. The Township further reserves the right to award each item separately to the lowest responsible bidder meeting specifications or to make an award on the total bid to the bidder whose total sum is the low bid meeting specifications, whichever in the awarding authority's opinion is in the best interest of the Township. 10. The contractor shall not assign, transfer, convey, sublet, or otherwise dispose of the contract or any part thereof to anyone without the written consent of the Township of South Brunswick. 11. It is understood by all parties that if, during the life of the contract, the contractor disposes of his business concern by acquisition, merger, sale and/or transfer or by any means conveys his interest(s) to another party, all obligations are transferred to that new party. In this event, the new owner(s) will be required to submit a performance bond in the amount of the open balance of the contract. 12. No oral interpretations shall be made to any bidder as to the meaning of any of the contract documents or be effective to modify any of the provisions of the contract documents. Each and every request for an interpretation shall be made in writing and addressed and forwarded to the Purchasing Officer who may send a written instruction to all bidders. 13. The Township reserves the right to postpone the date for presentation and opening of proposals and will give written notice of any such postponement to each prospective bidder as prescribed by law. Page 5 14. Bidders shall insert prices for furnishing all of the material described. Prices shall be net including all transportation charges fully prepaid by the contractor F.O.B. destination. No additional charges will be allowed for any transportation costs resulting from partial shipments made at vendors convenience when a single shipment is ordered. 15. Delivery date of the system must be specified on the Bid Proposal Form. 16. All items must conform to the stated description and specifications. Where a special trade name or catalog name and number is specified, bidders may quote on equivalent items, but they must specify the make, identification number, and size of the same, and submit samples thereof to the Township upon request. Failure to show such additional information shall preclude the bidder from furnishing items other than those meeting the standard specifications. In the attached list of specifications, the use of a name of a manufacturer, or any specific brand or make in describing the items does not restrict bidders to that manufacturer or specific article desired; but the goods and materials on which bids are submitted must be of equal quality to those referred to and bidders must affirmatively certify to that fact, and specify that brand or make of article offered. The Township shall determine the equivalence of substitute articles and accept or reject same. 17. The make, identification number and size of articles shall be stated by the bidder when not contained in the list description and specifications. 18. Only manufactured and farm products of the United States, wherever available, shall be used on this contract in accordance with New Jersey Statutes Annotated 40A:11-18. 19. All the plans and specifications in the bid package for Bid No. 23-11, together with any addendum issued thereafter, shall become part of the contract awarded to the successful bidder. 20. Each bidder must submit with the bid a letter of Federal approval or Certificate of Employee Information Report approval, or Form AA-302 must be completed upon the award of the bid. 21. The attached proposal sheet(s) constitutes an approximate quantity for each item for bidders information only, and no warranty is given or implied as to the item or total quantity that will be purchased. The Township reserves the right to increase quantities by 20% at the unit price bid. 22. Bids must be signed in ink by the bidder; all quotations shall be made with a typewriter or pen and ink. Any quotation showing any erasure alteration must be initialed by the bidder in ink. Unit prices are to be inserted in spaces provided. With the exception of power of attorney forms attached to bid bonds and consent of surety forms, only original documents with original seals and signatures will be accepted. Facsimile transmitted documents will be rejected. Page 6 23. Failure to sign the bid proposal or give all information requested may result in the bid being rejected. 24. Delivery shall be made in the stated qualities and to the designation as stated on Purchase Orders. 25. Payment will be made after a properly executed Township voucher has been received and formally approved on the voucher list by the Township Council at a subsequent regular meeting. The voucher will be certified correct by the department head who receives the goods or services. 26. No charge will be allowed for cases, boxes, carboys, bottles, etc., nor for freight expenses, expressage or cartage. No empty packages, cases, boxes, carboys, bottles, etc., will be returned to the bidder or contractor and none will be paid for by the Township. No help for unloading of deliveries can be provided by the Township Council. Suppliers shall notify their truckers accordingly. The Township is exempt from any sale, excise or Federal transportation taxes and the provisions of the Federal Robinson Patman Act. 27. Chapter 33 of the Public Laws of 1977 provides that no corporation or partnership shall be awarded any State, county, municipal or school district contract for the performance of any work or the furnishing of any materials of supplies, unless prior to the receipt of the bid or accompanying the bid of said corporation or partnership there is submitted a disclosure statement. The disclosure statement shall set forth the names and addresses of all stockholders in the corporation or partnership who own ten percent or more of its stock of any class, or of all individual partners in the partnership who own a ten percent or greater interest therein. THE ATTACHED DISCLOSURE STATEMENT SHALL BE COMPLETED AND ATTACHED TO THE BID PROPOSAL. 28. The effective period for the contract will be one year unless noted otherwise in the specifications. Continuation of the terms of this contract beyond December 31st is contingent on availability of funds in the following year's budget. In the event of unavailability of such funds, the Township of South Brunswick reserves the right to cancel this contract. 29. All applicable State and Federal regulations are to be met by the successful bidder, including prevailing and minimum wage regulations. It is expected that all hourly rates used to calculate the bid will be prevailing wage rates. 30. A Performance Bond is not required. Page 7 31. EXHIBIT A MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affection- al or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, up- grading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprentice- ship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment. Page 8 The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J .S .A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J .A.C. l7:27- 5.2. The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, col- or, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval; Certificate of Employee Information Report; or Employee Information Report Form AA-302 (electronically provided by the Division and distributed to the public agency through the Division’s website at: http:// www.state.nj.us/treasury/contract_compliance. http://www.state.nj.us/treasury/contract_compliance http://www.state.nj.us/treasury/contract_compliance Page 9 The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property, CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Purchase & Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to N.J .A.C. 17:27-1.1 et seq. 32. Insurance Requirements. A. General Instructions. (1) The successful bidder shall not commence work under the Contract until he has obtained all insurance required under this section and such insurance has been approved by the Township, nor shall he allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor is obtained and approved by the Township. Any special insurance required by the Contract itself shall also be obtained by the successful bidder and his sub- contractors and approved by the Township before any work is commenced. (2) Certificates evidencing each insurance coverage shall be submitted by the successful bidder and his subcontractors to the Purchasing Agent and the Township Engineer within twenty-one (21) days after execution of the Contract. All such certificates shall be issued by an insurer acceptable to the Township of South Brunswick, authorized to transact business in the State of New Jersey, and have an A.M. Best & Co. rating of not less than A:VII, naming thereon the Township of South Brunswick as an additional insured. The certificates shall specifically state that the insurance company or companies issuing such insurance policies shall give the Township at least thirty (30) days written notice in the event of cancellation of, or material change in, any of the policies. If coverage on any certificates is shown to expire prior to completion of all terms of the Contract, a new certificate shall be furnished to the Township evidencing renewal of the coverage. All certificates of insurance shall clearly show the contract number. (3) A performance bond shall be submitted for any self-insured coverage guaranteeing payment of losses and related investigations, claims administration and defense expenses. B. Workers' Statutory Compensation Insurance and Employer's Liability Insurance. The successful bidder and his subcontractors shall take out and maintain for the life of the Contract the applicable statutory Workers' Compensation Insurance covering all employees. The successful bidder and his subcontractors shall also take out and maintain for the life of the Contract Employer's Liability Insurance with a minimum limit of $500,000 for each accident and shall further include a waiver of subrogation and other employee liability insurance that may be required by the United States of America and the State of New Jersey. Page 10 C. Public Liability Insurance. The successful bidder shall take out and maintain for the life of the Contract such Public Liability Insurance as shall protect him against claims for damages resulting from bodily injury, including wrongful death, and property damage which may arise from operations under the Contract whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. The minimum acceptable limits of liability to be provided by such Public Liability Insurance are: General Liability: $1,000,000 per occurrence combined single limit for bodily injury and property damage. Property Damage: $1,000,000 per occurrence. The Public Liability Insurance required herein shall include the following extended coverages: (1) The coverage shall be provided under a Commercial General Liability form of policy or similar thereto. (2) The property damage coverage shall include a Broad Form Property Damage Endorsement. (3) Contractual Liability coverage shall be included. (4) Protection Liability coverage shall be included to protect the successful bidder against claims arising out of operations performed by his subcontractors. (5) Products Liability and/or Completed Operations coverage shall be included. Each subcontractor shall take out and maintain the same coverages, with the same extensions, as are required of the successful bidder. D. Automobile Liability Insurance. The successful bidder and his subcontractors shall take out and maintain for the life of the Contract such Automobile Liability Insurance as shall protect him against claims for damages resulting from bodily injury, including wrongful death, and property damage which may arise from the operation of any owned, hired, or non-owned automobiles used by or for him in any capacity in connection with the carrying out of the Contract. The minimum acceptable limits of liability to be provided by such Automobile Liability Insurance shall be as follows: Bodily Injury: $500,000 per occurrence. Page 11 Property Damage: $500,000 per occurrence. E. Responsibility of the Contractor. The successful bidder and his subcontractors shall assume all responsibility for and save the Township harmless from any loss or damage to all materials, equipment and machinery involved under the Contract. F. Builder's Risk Insurance. Where appropriate, the Township may purchase Builder's Risk Insurance and maintain same for the life of the Contract. Such Builder's Risk Insurance shall cover the structures of the partially completed project under construction and be in an amount equal to the Bid Price of the Contract. The insurance shall, at a minimum, insure against the perils of fire, vandalism, malicious mischief and collapse. 33. Worker and Community Right to Know. The manufacturer or supplier of a substance or mixture shall supply the Chemical Abstracts Service number of all the components of the mixture or substance and the chemical name to the Township to assure that every container bears a proper label at a Township facility. This complies with P.L. 1983, Chapter 315, Worker and Community Right to Know Act", subsection b. section l4. Further, all applicable Material Safety Data Sheets (MSDA), a/k/a hazardous substance fact sheet, must be furnished to the Township of South Brunswick. 34. When two or more bids are equal in all respects, and offer equal prices and are the lowest responsible bids or proposals the township may award the contract to the bidder whose response, in the discretion of the township, is the most advantageous, price and other factors considered. 35. Where applicable, if there is a discrepancy between the prices written in words and written in figures, the prices written in words shall govern. Where applicable, if there is a discrepancy whereby the unit price written in words or figures is less than the unit price shown in parentheses, i.e. (Note: not less than $1.00 per unit), the unit price shown in parentheses shall govern. Where applicable, if there is a discrepancy in the Extended Total of any item, the correct total shall be determined by multiplying the estimated quantity by the unit price written in words and the resulting total shall govern. The correct Extended Total for each item shall then be added to obtain the "Bid Total" or "Total Base Bid" whichever is applicable. Page 12 36. AMERICANS WITH DISABILITIES Equal Opportunity for Individuals with Disability. The CONTRACTOR and the OWNER do hereby agree that the provisions of Title II of the Americans With Disabilities Act of 1990 (the “ACT”) (42 U.S.C. S12101 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant thereunto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the OWNER pursuant to this contract, the CONTRACTOR agrees that the performance shall be in strict compliance with the Act. In the event that the Contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the CONTRACTOR shall defend the OWNER in any action or administrative proceeding commenced pursuant to this Act. The Contractor shall indemnify, protect, and save harmless the OWNER, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The CONTRACTOR shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the OWNER grievance procedure, the CONTRACTOR agrees to abide by any decision of the OWNER which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the OWNER or if the OWNER incurs any expense to cure a violation of the ADA which has been brought pursuant of its grievance procedure, the CONTRACTOR shall satisfy and discharge the same at its own expense. The OWNER shall, as soon as practicable after a claim has been made against it, give written notice thereof to the CONTRACTOR along with full and complete particulars of the claim. If any action or administrative proceedings is brought against the OWNER or any of its agents, servants, and employees, the OWNER shall expeditiously forward or have forwarded to the CONTRACTOR every demand, complaint, notice, summons, pleading, or other process received by the Township or its representatives. It is expressly agreed and understood that any approval by the OWNER of the services provided by the CONTRACTOR pursuant to this contract will not relieve the CONTRACTOR of the obligation to comply with the Act and to defend, indemnity, protect, and save harmless the OWNER pursuant to this paragraph. It is further agreed and understood that the OWNER assumes no obligation to indemnify or save harmless the CONTRACTOR, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the contractor expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the CONTRACTOR’S obligations assumed in this Agreement, nor shall they be construed to relieve the CONTRACTOR from any liability, nor preclude the OWNER from taking any other actions available to it under any other provisions of the Agreement or otherwise at law. Page 13 37. New Jersey Business Registration Requirements N.J.S.A. 52:32-44 imposes the following requirements on contractors and all subcontractors that knowingly provide goods or perform services for a contractor fulfilling this contract: 1) the contractor shall provide written notice to its subcontractors to submit proof of business registration to the contractor; 2) prior to receipt of final payment from a contracting agency, the contractor must submit to the contracting agency an accurate list of all subcontractors or attest that none was used; 3) during the term of this contract, the contractor and its affiliates shall collect and remit, and shall notify all subcontractors and their affiliates that they must collect and remit to the Director, New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into this State. A contractor, subcontractor or supplier who fails to provide proof of business registration or provides false business registration information shall be liable to a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration not properly provided or maintained under a contract with a contracting agency. Information on the law and its requirements is available by calling (609) 292-9292. All bidders must have a valid registration at time of award of contract. Signature Date Printed Name & Title Page 14 SPECIFICATIONS FOR MOTOR VEHICLES, LAW ENFORCEMENT, FULL SIZE, FORD EXPLORER POLICE INTERCEPTOR UTILITY (PATROL DIVISION) 1. MODEL: ▪ One (1) New, Latest 2023 or Newer Ford Police Interceptor Utility Law Enforcement vehicles with manufacturer police package complete and AWD drivetrain 2. TYPE: ▪ Four (4) door SUV with 119.1” wheelbase, having full heavy-duty suspension, designed for police use. 3. COLOR: ▪ Vehicle will be all BLACK, and later marked with “ghost decals” ▪ Interior color: black (cloth front, vinyl rear) 4. ENGINE/CARBURETOR: ▪ 3.0 Liter EcoBoost V6 engine ▪ 50 States emissions system ▪ (Option 99C / 44U) – EcoBoost with 10 speed transmission 5. COOLING SYSTEMS: ▪ Heavy-duty/large volume cooling system for police vehicles with air conditioning, recommended for operating in Eastern United States under police duties. 6. TRANSMISSION: ▪ Heavy-duty 10 speed automatic transmission, police calibrated 7. DRIVETRAIN: ▪ All wheel drive (AWD) ▪ Option K8A ▪ Class III Trailer Tow Package & Receiver / Lighting Package 4 pin and 7 pin Page 15 connectors and wiring 8. SUSPENSION: ▪ Independent front and rear, or as standard on the Explorer Police Utility model suitable for police use. ▪ Skid Plate/Underbody deflection plate (Option 76D) ▪ Engine/Transmission Shield 9. BRAKES: ▪ Heavy-duty power 4-wheel disc brakes with ABS ▪ Police Calibrated high performance ▪ Large Mass for high thermal capacity and calipers with large swept area 10. WHEELS AND TIRES: ▪ 18 inch heavy duty steel wheels, black, standard ▪ Tire size: 255/60/R18 (or as standard on police pursuit rated utility) ▪ Full size spare required to achieve police rated 75mph rear impact crash test performance attributes 11. AUDO/VIDEO: ▪ Rear camera on demand (Option 19V) ▪ Rear view back up camera in center stack – standard 4.2” color LCD screen center-stack “smart display” 12. STEERING: ▪ Electric Power-Assist Steering (EPAS) – Heavy Duty 13. DOORS/LOCKS: ▪ Rear locks inoperable on passenger side (Option 68G) ▪ Hidden Door Lock Plunger (Option 52P) ▪ Provide hardware for removal/installation of components and return customer with original parts that are removed. ▪ Window guards: Two (2) Setina steel window barriers the bars will be vertical and powder coated. Guards will be installed on both rear doors on the interior of glass. ▪ Model: WK0514ITU20 ▪ Note: If window barrier manufacturer needs to be substituted for another brand it must be compatible with Setina rear prisoner flat panel. ▪ Rear Prisoner Flat Panel: One (1) Flat panel for rear prisoner area on the inside of the rear passenger side door, Setina Aluminum flat door panel (see attached picture for illustration) ▪ A different manufacturer may be substituted if Setina flat panel is not available. If different manufacturer is used, it must be compatible with Setina steel window barrier. Page 16 ▪ Retain and deliver original door panel and all necessary components to customer. ▪ Model: DK0598ITU20 ▪ Note: If alternate manufacturer is used in lieu of Setina, the flat panel must be compatible with Setina vertical window barrier manufacturer. 14. SAFETY/SECURITY ▪ Police Engine Idle Feature (Option 47A) ▪ Reverse Sensing System (Option 76R) ▪ AdvanceTrac with RSC police tuned gyroscopic sensors 15. MISCELLANEOUS ▪ Noise Suppression Ground Straps (Option 60R) ▪ Rear Bumper Step pad if available ▪ Dark Factory tinted privacy glass on rear passenger windows, rear cargo area, and rear hatch (front driver and front passenger windows not tinted) ▪ Rear window washer 16. ELECTRICAL SYSTEM ▪ Battery – H8 AGM Battery (850 CCA / 92 Amp) (Option 19K) ▪ Alternator – as standard on EcoBoost model specified ▪ OBD-II Split Connector: Ford factory OBD-II split Connector, vehicle specific to allow up to 2 devices to be connected to the vehicle’s OBD-II port (Option 61B) ▪ Lamps: ▪ Front Headlamp Lighting Solution (Option 66A) ▪ Includes LED Low beam/High beam headlamp, Wig-Wag function and two (2) Red/Blue/White LED side warning lights in each headlamp ▪ Pre wire for grille LED lights, siren, and speakers (Option 60A) ▪ Wiring, LED lights included ▪ Tail Lamp Lighting Solution (Option 66B) ▪ Includes LED lights plus two (2) rear integrated hemispheric lighthead white LED side warning lights in taillamps ▪ Ultimate Wiring Package (Option 67U) ▪ Includes the following: ▪ Rear console mounting plate (Option 85R) – contours through 2nd row; channel for wiring ▪ Pre-wiring for grille LED lights, siren and speaker (60A) ▪ Wiring harness I/P to rear cargo area (overlay) ▪ Two (2) light cables – supports up to six (6) LED lights ▪ One (1) 10 amp siren/speaker circuit engine compartment ▪ Rear hatch/cargo area wiring – supports up to six (6) rear LED Lights ▪ Police Wire Harness Connector Kit – Front/Rear (Option 67V) Page 17 ▪ Front: (2) Male 4 pin connectors for siren, (5) female 4-pin connectors for lighting/siren/speaker, (1) 4 pin IP connector for speakers, (1) 4 pin IP connector for siren controller connectivity, (1) 8 pin sealed connector, (1) 14 pin IP connector ▪ Rear: (2) Male 4 pin connectors for siren, (5) female 4 pin connectors for lighting/siren/speakers, (1) 4 pin IP connector for speakers, (1) 4 pin IP connector for siren controller connectivity, (1) 8 pin sealed connector, (1) 14 pin IP connector ▪ Dark Car Feature (Option 43D) ▪ Heated sideview mirrors (Option 549) ▪ Switchable Red/White lighting in rear cargo area (Option 17T). If unavailable, can be substituted for aftermarket switchable Red/White dome light in rear cargo area. (See Appendix for picture of style of light) ▪ Switchable Red/White LED circular dome light mounted to interior roof liner between the front driver and front passenger seat (See Appendix for picture of style of light) ▪ Front Auxiliary LED Lights (Option 21L) ▪ Rear Auxiliary Liftgate lights, located beneath liftgate glass in applique panel (Option 43A) ▪ Rear quarter glass side mark LED lights (Option 63L) ▪ Spot lamp prep kit (Option 51P) ▪ Spot Lamp – Unity LED (Option 51R) ▪ If option 51R is not available, spot light can be substituted with Whelen. ▪ Side View Mirror lighting: See “Exterior” Section (Federal Signal Lighting) ▪ Tail Light Flasher ▪ Head Light Flasher ▪ Rear window electric defogger and factory installed. ▪ Radio Shielding and Grounding: ▪ Noise Suppression Bonds (Option 60R) ▪ Federal Signal On Scene Sync Module: ▪ PFSYNC-1 ▪ Speed wire harness to be left exposed and labeled for later connection of Stalker Dual DSR Radar Unit by the customer. 17. AIR CONDITIONING: ▪ Factory installed air conditioning with rear A/C unit – Rear Auxiliary Air Conditioning, (Air conditioning in front & rear of vehicle) (Option 17A) 18. STEREO RADIO: ▪ Factory installed AM-FM/ CD radio with “SYNC” Bluetooth Technology. 19. INTERIOR ▪ Power adjustable driver seat ▪ Flooring: Heavy Duty vinyl floor covering for police utility model. ▪ Rear windows: Only operable from the driver position. Page 18 ▪ Air Bags: As standard on the Police Utility package. ▪ Seatbelt Extenders: Two (2) 9 inch seatbelt extenders for each vehicle ordered (1 for driver and 1 for prisoner transport). ▪ Rear Console Plate (Option 85R) ▪ Rear Cargo Storage Vault (Option 63V) ▪ WeatherTech® floor liner ▪ Laser custom fit for front only, vehicle specific 20. EXTERIOR: * Part numbers shown might need to be adjusted based on year and model of vehicle being ordered. All items being supplied must be compatible with year and model of vehicle. ▪ Front plate bracket (Option 153) ▪ Badge Delete (Option 16D) ▪ Window Rain Guards: Externally mounted (glued) WeatherTech® window guards/deflector for all doors (front and rear passenger doors). If unavailable, interior channel may be substituted in lieu of glued. ▪ Siren Speakers: Two (2) Federal Signal Dual DynaMax/ES100C siren speakers, with dual tone capability mounted behind the grill and in the engine compartment area with wires ran to rear cargo area for each vehicle ordered. ▪ Speaker Models: ESC100C ▪ Front Grill Lighting: ▪ MicroPulse C Series Steady Burn (stud mounted in factory Ford grill cut outs, include any necessary bracket if necessary) ▪ Two (2) MPSC2X-RB ▪ Front / Side Lighting: ▪ Two (2) 416300 Series Steady burn lights mounted to sides of front bumpers (See Appendix for approximate mounting location) ▪ Model: 416300X-RB ▪ Two (2) MicroPulse Ultra Steady Burn lights, clear lens ▪ Mounted next to B-Pillar behind glass window, mounted flush to glass window (behind front driver and front passenger seat) ▪ Rear Lighting: ▪ Two (2) MicroPulse Ultra 6 Steady burn lights, mounted vertically on each side of rear license plate ▪ Model: MPS63UX-RWB ▪ Two (2) 416300 Series Steady burn lights mounted to lower of rear bumper (One on driver side and one on passenger side) ▪ Model: 416300X-RB ▪ See appendix for mounting location ▪ Under Mirror / Side Lighting on Face of mirrors: Page 19 ▪ Two (2) MicroPulse Ultra Steady Burn lights, clear lens (one for each side view mirror), include with wedges if necessary for proper mounting on front of mirror housings (MU833 Wedges if necessary, or applicable part number) ▪ Light Model: MPS63UX-RBW (one light on each mirror) ▪ Two (2) MicroPulse “Wide Angle 9” Steady Burn lights for underside of driver and passenger side view mirrors with applicable mounts/brackets ▪ Light Models: ▪ Driver Side: MPSW9X-RW ▪ Passenger Side: MPSW9X-BW 21. SPEEDOMETER: ▪ Certified, calibrated speedometer. 22. KEYS: ▪ Common simple keys for fleet ▪ Supply six keys per vehicle. ▪ Key Code: 1435X (Option 59E) 23. ELECTRONICS PACKAGE: * Part numbers shown might need to be adjusted based on year and model of vehicle being ordered. All items being supplied must work with year and model of vehicle. ▪ Wiring schematic to be supplied and wires labeled (hot points, grounds, etc.) ▪ Provide any applicable software or connecting device/s needed to program Pathfinder Siren ▪ These requirements are pertinent to the installation and operation of the electronics package installed in each vehicle. If applicable, wires are to be run to the rear so the end user can wire them to the control box in rear cargo area. ACCESSORY EQUIPMENT ▪ The following equipment to be provided but NOT INSTALLED. Part numbers shown might need to be adjusted based on year and model of vehicle being ordered. Contact agency representative if clarification is needed. All items being supplied must work with year and model of vehicle: ▪ A wiring schematic will be supplied and wires labeled (hot points, grounds, etc.) Page 20 ▪ Front Emergency LED Light Bar: Federal Signal SpectraLux Front ILS low profile SIFM, Center Focused. Interior mounted by headliner ▪ Front Driver Side: Red/White ▪ Front Passenger side: Blue/White ▪ Model: SIFMJS-FPIU20-P3 (Or applicable part number to satisfy light bar configuration) ▪ Rear Emergency LED Light Bar: Federal Signal SpectraLux Rear ILS ▪ Rear Driver Side: Red, White, Amber ▪ Rear Passenger Side: Blue, White, Amber ▪ Model: SIFMJH-FPIU20-PF1 (Or applicable part number to satisfy light bar configuration) ▪ Siren: Federal Signal Pathfinder Siren Controller package with optional OBDII integration capability (PF200R) ▪ For use with Rumbler & dual siren tone capability ▪ Include additional amp if needed for dual siren and Rumbler use ▪ 25 ft OBDII cable ▪ Model: OBDCABLE25-2 (or applicable cable for use with specific vehicle and model year) ▪ Remote head to be mounted in console with remaining hardware/software in rear for wire connections ▪ Include hardware kit, housing bands, cradles and appropriate necessary hardware ▪ Include PA mic for use with Pathfinder ▪ Horn ring transfer and park kill capability ▪ Included with any vehicle specific cables if required ▪ One (1) Federal Signal Expansion Module ▪ Model: EXPMOD24 ▪ One (1) additional Switchable red/white circular dome LED light for later installation by customer (shipped loose, See appendix for picture of style of light) ▪ Flashlight chargers: Streamlight Stinger Smart USB Charger Model #75105 and D/C chord with cigarette lighter adapter Part #22051 for charger for each vehicle ordered. ▪ Antenna Cables and Mounts: for each vehicle ordered. ▪ Coax w/ 3⁄4 inch mount & TNC (Part # NMOPFP195C) TESSCO (#372135). ▪ Antenna- (PART# TRA6927M3NW-T001) TESSCO (#591691). ▪ Antenna- Antenna: (Part RBDM-G55WWW-17-SSSRRR-B) ▪ Distribution Block: 4ea. Model# 5415 Accelle 6 gang fused distribution block (Tessco# 373164) for each vehicle ordered Previous vendor: TESSCO 11126 McCormick Road Hunt Valley, MD 21031-1494 Page 21 800-472-7373 Complete set of repair shop manuals, emissions manuals, and wiring diagrams for these vehicles on DVD if available or renewal of subscription of Ford IDS License annual software subscription by Rotunda ▪ Front Prisoner partition: One (1) Setina Single Person Transport (SPT) Partition with a 60/40 split in the rear seat area. Prisoner area to be on the rear passenger side. Fully poly divider to be custom fit over stock factory rear middle seat. Must be manufactured for specified vehicle in spec (all mounting hardware included) for each vehicle ordered. ▪ Model: 1K0574ITU20WD ▪ Rear Cargo/Prisoner Partition: One (1) Setina #12-VS 2ND expanded metal mesh with radio tray which is compatible with the 60/40 split cage. Must be manufactured for specified vehicle in spec (all mounting hardware included) for each vehicle ordered. ▪ Model: PK0123ITU202ND (or applicable part to be utilized when rear seat behind driver is removed by customer with the middle and passenger rear seat remaining, partition to follow contour of existing factory middle seat) ▪ Mounted Weapons System: One (1) Setina Dual T-Rail Mount 2 with one universal XL lock for AR style rifle with TRL-1 weapon light and one universal XL lock for Benelli shotgun with integrated weapon mounted light, with handcuff key overrides. ▪ Model: GK10342UHK ▪ All hardware must be included to mount it to the section of the Single Prisoner Transport divider for each vehicle ordered. ▪ Note: this is to mount two weapons (rifle and shotgun) ▪ Starter solenoid relay, or hot point, with 1/4” stud for a #10 wire hookup. ▪ One (1) GoJotto Storage Tub Organizers Per Vehicle ▪ Part 475-1185 ▪ Console: One (1) Gamber Johnson Center Console System Kit (2021+ Model Year #7170-0734-04) or equivalent Gamber Johnson center console per vehicle for year of vehicle being supplied. (See Appendix for picture to ensure proper model number.) ▪ The console system must include console box, Mongoose telescope 9” to 13” locking slide arm with Slam and Lock technology for mounting of computer adapter plate, armrest, cup holders and all necessary filler plates. The center console system mount must be compatible with the Ford Police Interceptor Utility Law Enforcement Vehicle that is equipped with rear air conditioning controls. ▪ Center console kit must support and be supplied with at a minimum: ▪ Harris XG25M Radio Control Head Faceplate – (Havis Model # C- EB35-XG2-1P) Page 22 ▪ Federal Signal Pathfinder Control Head/Remote–Faceplate# Gamber Johson #18629 ▪ Kussmaul AUX/USB Pass-Through 6’ Module – Item# Gamber Johnson #7300-0426 ▪ Rocker Switch and Cigarette Knokout Plate – Item# Gamber Johnson #15082 ▪ Two (2) microphone clips per console with brackets – Model MCS-EPICMIC ▪ Three (3) Magnetic Mic Clips per vehicle (Magnetic Mic Model: MMSU-1) ▪ Blank filler plate ▪ Arm Rest, adjustable ▪ Internal cup holders ▪ USB / Car Charger ports in side of console ▪ Blank filler faceplates ▪ Screws for mounting faceplates All necessary blank filler plates must be supplied for each unit. Note: Extra blank plate must be supplied if we decide not to use Rocker Switch and Cigarette Knokout Plate – Item# 15082 Blank plate is model# Gamber Johnson #3030-0154 (For each vehicle ordered). ▪ The mount must support docking station Model #CF-WEB301MA and Model# CF-H-PAN-112-1-P and model #DS-PAN-111-1 HAVIS for Panasonic CF30/31 ▪ If the year of vehicle causes a different Gamber Johnson Console System to be used other than the requested model number and causes the computer to be mounted in the passenger side airbag zone, then a passenger side airbag cutoff switch be installed for each vehicle ordered. ▪ Fire extinguisher bracket Kidde part # 5HB for each vehicle ordered. ▪ Seat Cover ▪ One (1) TigerTough Tactical Seat Cover per vehicle ▪ Color: Black or Dark Charcoal to match interior color ▪ Vehicle specific fit for Ford Utility 2021+ model year ▪ Stalker Radar power cables/antenna cables (For each vehicle ordered) ▪ One (1) Stalker Radar vehicle specific power cable ▪ 200-0622-00 ▪ One (1) Stalker Radar 2 foot antenna cable ▪ 155-2591-02 Page 23 ▪ One (1) Stalker Radar 25 foot antenna cable ▪ 155-2591-25 ▪ Stalker Radar brackets/mounts for the Stalker Radar Unit. For each vehicle ordered. Mounts are to be vehicle specific. ▪ Front Antenna Mount ▪ 200-1379-00 ▪ Rear Antenna Mount ▪ 200-1378-00 ▪ Counting Unit Mount for center dash ▪ Center Mount on dash board ▪ Fabrication materials needed per unit 11 ga x 4 foot x 8 foot sheet of aluminum – both sides smooth 1/8 inch x 2 inch x 10 foot cold rolled steel flatstock metal Previous vendor: Joseph Fazzio –Wall LLc 2760 Glassboro-Cross Keys Road Glassboro NJ 08028 Vendor #671151 NOTE: Vehicles will be registered to Township of South Brunswick with Municipal Government (MG) plates. Also, Lakeland Bank, 250 Oak Ridge Road, Oak Ridge NJ 07438, Corp code (49707 40000 74380) needs to be added onto the title as first lienholder. ▪ Provide N.J.M.V.C. registration and license plates for each vehicle. POLICE VEHICLE GRAPHICS: All graphics will be installed on these vehicles. • Vendor must contact department for lettering, numbering, and colors. Agin Signs and Designs 45 Stillwell Road Kendall Park, NJ 08824 732-297-9007 Attn: Rick Agin ANY QUESTIONS ON THE SPECIFICATIONS PLEASE CONTACT: Lt. Michael Pellino, South Brunswick Twp. Police Department 732-329-4000 Ext. 7489 APPENDIX Page 24 Picture is for illustration purposes for approximately mounting location of the Federal Signal 416300 Series Steady Burn lights. Page 25 Above picture is for illustration purposes to display style of red/white switchable dome light to be mounted in front driver area and rear cargo area. Above picture is for illustration purposes to show Vertical Window Barriers, flat panel, partition and cage style. Page 26 Above picture is for illustration purposes to show the style of console and armrest. Above picture is approximate mounting location of Federal Signal 416300 Series Steady Burn lights. Page 27 SOUTH BRUNSWICK TOWNSHIP AFFIRMATIVE ACTION QUESTIONNAIRE SUPPLEMENT TO BID SPECIFICATIONS FOR PROCUREMENT AND SERVICE CONTRACTS No firm may be issued a contract unless they comply with the Affirmative Action Regulations of P.L. 1975, C. 127 (N.J.A.C.17:27). All firms: An employee information report must be completed and returned prior to or at the time of an award. An Affirmative Action Plan approved by the Federal Government or the State of New Jersey Treasurer is an acceptable alternate. FILL IN THE APPLICABLE BOX BELOW. YOUR BID WILL BE ACCEPTED EVEN IF YOU ARE NOT IN COMPLIANCE AT THIS TIME. IF, HOWEVER, YOU ARE THE LOWEST RESPONSIBLE BIDDER AND HAVE NOT YET COMPLIED WITH THE AFFIRMATIVE ACTION REGULATIONS, YOU WILL BE SENT THE AFFIRMATIVE ACTION DOCUMENT FOR COMPLETION PRIOR TO AWARD.YOU MUST RETURN THE COMPLETED DOCUMENT TO US WITHIN SEVEN DAYS AFTER YOU RECEIVED SAME. ALL FIRMS: A FEDERAL LETTER OF APPROVAL HAS BEEN RECEIVED.(PROOF MUST BE SUBMITTED WITH BID.) OR A CURRENT STATE OF NEW JERSEY "CERTIFICATE OF EMPLOYEE INFORMATION REPORT OF APPROVAL" HAS BEEN RECEIVED. (COPY OF SAME MUST BE SUBMITTED WITH BID.) OR AN AFFIRMATIVE ACTION EMPLOYEE INFORMATION REPORT (FORM AA-302 MUST BE SUBMITTED, AS INDICATED ON SAID FORM. (SOUTH BRUNSWICK TOWNSHIP WILL FORWARD YOU THIS FORM, IF YOU ARE A SUCCESSFUL BIDDER.) I CERTIFY THAT THE ABOVE INFORMATION IS CORRECT TO THE BEST OF MY KNOWLEDGE. Firm Name ______________________________ Signature ______________________________ Title __________________________________ Date ___________________________________ Page 28 CERTIFICATION OF CONTRACTOR NON-CONFLICT OF INTEREST In consideration for the contract to be entered between the Township and ___________________________, I hereby certify that________________________ Individual or Firm Individual or Firm does not represent another client whose interests are in actual conflict with theTownship. I further certify that, to the best of my knowledge, the representation of other clients of ________________________ will not materially limit my representation of theTownship. Individual or Firm During the term of this contract with the Township ______________________ shall not Individual or Firm represent any client whose representation materially limits the representation of the Township or whose interests are in actual conflict with the Township's interests. The existence of a conflict of interest contrary to the certification above shall be a breach of the contract. It shall also entitle the Township to expose __________________to any Individual or Firm penal statutes pertaining to false material certifications. CONTRACTOR ________________________________ Individual Signature or Firm Name IF FIRM: BY _____________________________________ TITLE _____________________________________ Sworn to and subscribed before me this day of . _____________________________________ Notary Public Page 29 STATEMENT OF OWNERSHIP (OWNERSHIP DISCLOSURE CERTIFICATION) N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This Statement Shall Be Included with All Bid and Proposal Submissions Name of Business:______________________________________________________ Address of Business:____________________________________________________ Name of person completing this form:______________________________________ N.J.S.A. 52:25-24.2: "No corporation, partnership, or limited liability company shall be awarded any contract nor shall any agreement be entered into for the performance of any work or the furnishing of any materials or supplies, unless prior to the receipt of the bid or proposal, or accompanying the bid or proposal of said corporation, said partnership, or said limited liability company there is submitted a statement setting forth the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. If one or more such stockholder or partner or member is itself a corporation or partnership or limited liability company, the stockholders holding 10 percent or more of that corporation’s stock, or the individual partners owning 10 percent or greater interest in that partnership, or the members owning 10 percent or greater interest in that limited liability company, as the case may be, shall also be listed. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member, exceeding the 10 percent ownership criteria established in this act, has been listed. To comply with this section, a bidder with any direct or indirect parent entity which is publicly traded may submit the name and address of each publicly traded entity and the name and address of each person that holds a 10 percent or greater beneficial interest in the publicly traded entity as of the last annual filing with the federal Securities and Exchange Commission or the foreign equivalent, and, if there is any person that holds a 10 percent or greater beneficial interest, also shall submit links to the websites containing the last annual filings with the federal Securities and Exchange Commission or the foreign equivalent and the relevant page numbers of the filings that contain the information on each person that holds a 10 percent or greater beneficial interest." The Attorney General has advised that the provisions of N.J.S.A. 52:25-24.2, which refer to corporations, partnerships, and limited liability corporations apply to all forms of business entities, including limited partnerships, limited liability partnerships, and Subchapter C and S corporations (Attorney General Opinion 02-0018, January 23, 2002 and 15-0021, May 8, 2015). This Ownership Disclosure Certification form shall be completed, signed and notarized. Page 30 Failure of the bidder/proposer to submit the required information is cause for automatic rejection of the bid or proposal Part I Check the box that represents the type of business organization: Sole Proprietorship (skip Parts II and III, sign and notarize at the end) Non-Profit Corporation (skip Parts II and III, sign and notarize at the end) Partnership Limited Partnership Limited Liability Partnership Limited Liability Company For-profit Corporation (including Subchapters C and S or Professional Corporation) Other (be specific): ______________________________________________ Part II  I certify that the list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. OR  I certify that no one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or that no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. Sign and notarize the form below, and, if necessary, complete the list below. (Please attach additional sheets if more space is needed): Page 31 Name: ______________________________ Name: ______________________________ Address: _______________________ ____________________________________ Address: _______________________ ____________________________________ Name: ______________________________ Name: ______________________________ Address: _______________________ ____________________________________ Address: _______________________ ____________________________________ Name: ______________________________ Name: ______________________________ Address: _______________________ ____________________________________ Address: _______________________ ____________________________________ Name: ______________________________ Name: ______________________________ Address: _______________________ ____________________________________ Address: _______________________ ____________________________________ Name: ______________________________ Name: ______________________________ Address: _______________________ ____________________________________ Address: _______________________ ____________________________________ Name: ______________________________ Name: ______________________________ Address: _______________________ ____________________________________ Address: _______________________ ____________________________________ Page 32 Part III - Any Direct or Indirect Parent Entity Which is Publicly Traded: “To comply with this section, a bidder with any direct or indirect parent entity which is publicly traded may submit the name and address of each publicly traded entity and the name and address of each person that holds a 10 percent or greater beneficial interest in the publicly traded entity as of the last annual filing with the federal Securities and Exchange Commission or the foreign equivalent, and, if there is any person that holds a 10 percent or greater beneficial interest, also shall submit links to the websites containing the last annual filings with the federal Securities and Exchange Commission or the foreign equivalent and the relevant page numbers of the filings that contain the information on each person that holds a 10 percent or greater beneficial interest.”  Pages attached with name and address of each publicly traded entity as well as the name and address of each person that holds a 10 percent or greater beneficial interest. OR  Submit here the links to the Websites (URLs) containing the last annual filings with the federal Securities and Exchange Commission or the foreign equivalent. __________________________________________________________ _________________________________________________________ AND  Submit here the relevant page numbers of the filings containing the information on each person holding a 10 percent or greater beneficial interest. _____________________________________________________ _____________________________________________________ Subscribed and sworn to before me this ___ day of ___________________________ , 2 _______. (Notary Public) My Commission expires: ________________________________________ (Affiant) ________________________________________ (Print name of affiant and title if applicable) (Corporate Seal if a Corporation) Page 33 NON COLLUSION AFFIDAVIT STATE OF NEW JERSEY ) ) SS: COUNTY OF ) I, of, in the County of and the State of of full age, being duly sworn according to law on my oath depose and say that: I am of the firm of . the bidder making the Proposal for the above named project, and that I executed the said Proposal with full authority so to do; that said bidder has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said Proposal and in this affidavit are true and correct, and made with full knowledge that the Township of South Brunswick relies upon the truth of statements contained in said Proposal and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bonafide established commercial or selling agencies maintained by ________________________________________________________________ (Name of Contractor) Subscribed and sworn to before me this day _________________________ of __ . (also type or print name of affiant under signature) _________________________ Notary Public of My Commission Expires , __ . Page 34 TOWNSHIP OF SOUTH BRUNSWICK BID PROPOSAL FORM The undersigned bidder declares he has read the notice to bidders, instructions to bidders and specifications attached, that he has determined the conditions affecting the bid and agrees, if this proposal is accepted, to furnish and deliver the following: UNIT PRICE TOTAL 1 New Police Utility Traffic Vehicle – Ghost markings - $ $ Accompanying this proposal is a certified check in the amount of $______________, or a bid bond in the amount of $_________________, payable to the Township of South Brunswick which is to be forfeited as liquidated damages if, in the event that this proposal is accepted, the undersigned shall fail to execute the contract or to furnish satisfactory bond as required. Company Address Telephone By (Signature) Name – Type or Print Witness Title Date On the attached sheet, please list three companies with whom your company has had business with in the past year and submit with bid proposal. Page 35 REFERENCES Name: Contact Name: Address: Phone Number: ( ) ----------------------------------------------------------------------------------------------------------- Name: Contact Name: Address: Phone Number: ( ) ----------------------------------------------------------------------------------------------------------- Name: Contact Name: Address: Phone Number: ( ) Page 36 TOWNSHIP OF SOUTH BRUNSWICK BID DOCUMENT CHECKLIST Required by Read, Signed OWNER & Submitted X Stockholders Disclosure Certification X Non-Collusion Affidavit X Bid Proposal Form X Affirmative Action Questionnaire X Non-Conflict of Interest Public Works Contractor Registration Bid Guarantee (with Power of Attorney for full amount of Bid Bond) Endorsement of Surety (with Power of Attorney for full amount of Bid Price) Reviewed Business Registration Certificate Prevailing Wage X Americans with Disabilities Act Language (Mandatory) X Affirmative Action Language (Mandatory) This form need not be submitted. It is provided for bidder’s use in assuring compliance with all required documentation x x x X

540 Ridge Road Monmouth Junction, NJ 0885Location

Address: 540 Ridge Road Monmouth Junction, NJ 0885

Country : United StatesState : New Jersey

You may also like

P00021991 – Northville Health Center – FY25 NHC Renovation for New Services

Due: 17 May, 2024 (in 21 days)Agency: University of Michigan

IFB 23-13 Mini Refrigerators

Due: 07 May, 2024 (in 11 days)Agency: Superior Court of San Bernardi

P00021991 – Northville Health Center – FY25 NHC Renovation for New Services

Due: 17 May, 2024 (in 21 days)Agency: University of Michigan

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.